Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 10, 2015 FBO #4854
SOLICITATION NOTICE

99 -- Single Award Task Order (SATOC), Indefinite-Delivery, Indefinite-Quantity (IDIQ), Construction Security Monitoring (CSM) Services, Korea

Notice Date
3/8/2015
 
Notice Type
Presolicitation
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
USACE District, Far East, Unit 15546, Attn:CEPOF-CT, Seoul, AP 96205-0610
 
ZIP Code
96205-0610
 
Solicitation Number
W912UM14R0014
 
Response Due
3/27/2015
 
Archive Date
5/7/2015
 
Point of Contact
Hye Kyong Chon, 822-2270-7272
 
E-Mail Address
USACE District, Far East
(hye-kyong.chon@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This SATOC, IDIQ for Construction Security Monitoring Services (Solicitation No. W912UM-14-R-0014) is being issued UNRESTRICTED. The total estimated contract capacity is $90,000,000. This award will result in a firm fixed price contract. IMPORTANT NOTE: This is in reference to the Sources Sought Synopsis for Solicitation Number W912UM-14-R-0014. The offerors must have a current DoD Facility Clearance Level (FCL) of Top Secret in order to respond to this RFP. Some project documents are sensitive (U/FOUO) and must be handled in accordance with the National Industrial Security Program Operating Manual (NISPOM) (DoD 5220-22-M) and Industrial Security Regulation (DoD 5220.22-R). This project is to provide Construction Security Monitoring (CSM) services, to include, but not limited to, a full range of construction security program management and development of Construction Security Plans (CSP), administrative, construction surveillance operations, infrastructure, and equipment as well as construction security surveillance services to support Sensitive Compartmented Information Facility (SCIF) construction projects. It is a turn-key construction security and construction security monitoring program which shall include all aspects of physical, personnel, technical, and procedural security as required for secure projects to fully comply with ICD 705 and ensure successful accreditation of the secure facility. The work shall include the full range of construction security plan development, program management, administrative, construction surveillance operations, including demobilization and closeout. This requirement also includes subject matter expertise on construction surveillance, technical surveillance, Temporary Electronic Security System (TESS) design, installation and operation. The geographic scope of this procurement is to cover U.S. Forces in Korea. Specific requirements and deliverables will be defined in each Task Order. Due to the requirement to ensure contractors possess the Department of Defense (DoD) Top Secret (TS) Facility Clearance Level (FCL), the solicitation will be issued in two steps. Step I will verify the Offerors' security qualifications only. No pricing will be requested. Only offerors who participate in this step and are determined to possess at least a current DoD Top Secret Facility Clearance will be eligible to participate and compete for award of this SATOC, IDIQ, CSM Services contract in Step II of this Solicitation. Step II will incorporate a PWS of actual Task Order #1 for this SATOC, IDIQ, CSM Services. Award will be made based on Best Value/Trade-off process. The non-price related technical factors are as follows: Factor 1. Organization and Management Plan Factor 2. Collaborative Approach for Delivery of Services Factor 3. Planning and Scheduling Factor 4. Technical Approach for Delivery of Task Order #1 Factor 5. Key Personnel Qualifications/Experience/Past Performance of Task Order #1 The tentative dates are as follows: Issue Step 1 Solicitation: 15 Apr 2015 Closing date for receipt of proposals: 15 May 2015 Issue Step 2 Solicitation as an Amendment: 19 May 2015 Closing date for receipt of proposals and price for the Amendment: 19 Jun 2015 Contract Award: 31 Jul 2015 The IDIQ contract period will be three years from the date of contract award. In an effort to reduce paperwork and cost, ALL Step 1 and Step 2 proposals shall be submitted electronically via the AMRDEC SAFE website at: https://safe.amrdec.army.mil/SAFE2/Welcome.aspx. Interested firms (single firms or joint ventures) having the capabilities to perform this work must submit the Step 1 Proposal Submission form not later than 10:00 A.M., Korea Standard Time (KST) on the response date indicated above. At the AMRDEC SAFE website, select the link: I do not have a CAC or this machine is not configured to read my CAC and I would like to access SAFE as the Guest User, to register, access the site and submit your proposal(s). When completing the information for transmittal at the AMRDEC SAFE website, notification should be submitted to Contract Specialist, Ms. Hye-Kyong Chon, email hye-kyong.chon@usace.army.mil and Contracting Officer, Ms. Jisun Kang, email jisun.kang@usace.army.mil. The Government assumes no obligation for payment of any expenses incurred by your firm in the preparation of your proposal and in the event of negotiation. To be eligible for contract award, a firm must be registered with the System for Award Management (SAM) database. For instruction on registering with the SAM, please see the SAM Web site at https://www.sam.gov/. NO STATE-LEVEL certifications shall be accepted. The Service Contract Act will apply to this acquisition.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA81/W912UM14R0014/listing.html)
 
Place of Performance
Address: USACE District, Far East Unit 15546, Attn:CEPOF-CT, Seoul AP
Zip Code: 96205-0610
 
Record
SN03661022-W 20150310/150308233020-d80026587b3aa345410de9c44ab43a0a (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.